Trade Leads

GAS CYLINDERS
8120- COMMERCIAL AND INDUSTRIAL GAS CYLINDERS Notice Type: Request for Quotes NAICS: 325120 - INDUSTRIAL GAS MANUFACTURING Contracting Office: Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Regional Acquisition, 200 Granby Street, Suite 815, Norfolk, VA 23510 Solicitation Number: EA-133W-14-RQ-0630 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is EA-133W-14-RQ-0630. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-74 dated May 30, 2014. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This RFQ is 100 percent set-aside for Women Owned Small Businesses. The associated North American Industry Classification System (NAICS) code is 325120, which has a corresponding size standard of 1,000 employees. The National Oceanic Atmospheric Administration (NOAA), Eastern Regional Acquisition, 200 Granby Street, Suite 815, Norfolk, VA 23510 has a requirement to provide helium for the National Weather Service Forecast Office, Upton, NY as follows: Line item 0001: Provide helium, Commercial Grade technical, in accordance with Federal Specification BB-H-1168B, Grade B, 97.5% helium, in contractor-owned cylinders. Cylinder size to range from 230-291 cubic feet; quantity: 90,000 cubic feet Line item 0002: Cylinder rental, Estimated Cylinders: 40 each per month, Quantity: 480 each Line item 0003: Delivery Charges per delivery: Quantity 12 each Line item 0004: Hazmat surcharges per delivery; Quantity 12 each Line item 0005: Fuel surcharge per delivery: Quantity: 12 each Helium is to be delivered on a monthly basis until the quantity is depleted. The period of performance is August 1, 2014 through July 31, 2015 and shall include one (1) twelve month option year. All quotes shall be FOB Destination to 175 Brookhaven Avenue, Upton, NY 11973. The Government intends to award a firm-fixed price purchase order for this requirement utilizing simplified acquisition procedures. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at www.acquisition.gov. Vendors are required to submit a signed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (MAR 2014) (attached) with their quote. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (APR 2012), with its quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to www.acquisition.gov to obtain a copy of FAR provision 52.212-3. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) applies to this acquisition with the following addenda: Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, ERAD, Attn: Carrie Perry, 200 Granby Street, 8th Floor, Norfolk, VA 23510; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} The following clauses are provided in full text: FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUL 2012) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) and (c) are applicable to this acquisition: (b) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.208-8, Required Sources for Helium and Helium Usage Data 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.216-2 Economic Price Adjustment- Standard Supplies 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-9, Estimate of Percentage of Recovered Materials 52.223-5, Pollution Prevention and Right-to-know Information 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 52.225-1, Buy American Act -- Supplies, (FEB 2009) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) No other additional contractual terms and conditions are applicable. In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 4:00 P.M. EDT on July 7, 2014; any award resulting from this RFQ will be made based on meeting the statements of requirements, required delivery date and price. Quotes must be submitted electronically either by fax to 757-664-3637 or via e-mail to Carrie.L.Perry@noaa.gov. The anticipated award date is on or about July 18, 2014. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Carrie.L.Perry@noaa.gov . Telephonic requests will not be honored. Please consult the list of document viewers if you cannot open a file. ATTACHMENT B Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: June 24, 2014 ATTACHMENT_B.pdf (21.61 Kb) Description: ATTACHMENT B Contracting Office Address: Norfolk Federal Building, 200 Granby Street Norfolk, Virginia 23510 United States Primary Point of Contact.: CARRIE L. PERRY CARRIE.L.PERRY@NOAA.GOV Phone: 757-441-6573 Fax: 757-664-3637